SOLICITATION NOTICE
Y -- Streamlined Construction Improvement Program (SCIP) IV with the Defense Commissary Agency (DeCA)
- Notice Date
- 6/2/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Other Defense Agencies, Defense Commissary Agency, Construction - Design Office (HDEC03), 2250 Foulois St, Lackland AFB, Texas, 78236-1039, United States
- ZIP Code
- 78236-1039
- Solicitation Number
- HDEC03-17-R-0002
- Archive Date
- 10/23/2017
- Point of Contact
- Fernando Lopez, Phone: 210-671-5281, John S Bandy, Phone: 210-671-5283
- E-Mail Address
-
fernando.lopez@deca.mil, john.bandy@deca.mil
(fernando.lopez@deca.mil, john.bandy@deca.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Commissary Agency, Construction and Design Branch (HQ DeCA/LEAAF), will implement a follow-on Streamlined Construction Improvement Program (SCIP) IV to optimize construction delivery of proposed projects in fiscal years (FY) 2018, 2019, 2020, 2021, and 2022. For the purpose of this acquisition, the NAICS Code is 236220. The Business Size Standard is $36,500,000. The primary tool to implement SCIP IV will be up to four (4) multiple-award, firm fixed-priced, Indefinite Delivery / Indefinite Quantity (IDIQ) Basic Contracts. The contracts will be awarded on a competitive basis, with the Task Orders under them being issued for specific projects. The contracts will consist of an ordering period of five (5) years. At this time, the magnitude of the five-year program consists of approximately sixteen (16) projects estimated over $100,000 and below $30,000,000. Since the requirements are indefinite, actual program dynamics may increase or decrease the number of projects over the life of the contract; however, the program maximum for all contracts combined will not exceed $170 Million. The contract scope shall include addition/alteration (ADAL) to existing commissaries, new and ADAL Central distribution Centers & Retail Centers (Commissaries), in the United States to include Hawaii and Alaska, Guam and Puerto Rico; and other commissary locations where permitted by Host Nation agreements. Other alternative methods of project delivery may be utilized after award. The work will consist of providing all facility construction and equipment, including building equipment and operational equipment. Particular emphasis is placed on refrigeration and HVAC systems in these facilities. The abatement of hazardous materials will be a contract requirement on some projects, when such substances are present. Important Notes: It is anticipated that the Request for Proposal (RFP) will be issued on or about June 19, 2017. For copies of this solicitation and all other documents, go to the Government's website at www.fbo.gov to download. No paper copies will be issued. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) data base prior to award of any contract resulting from this solicitation. Further information about registration may be found at www.sam.gov. All responsible sources may submit an offer, which will be considered by the above stated agency. POC's Fernando Lopez, 210-671-5281, fernando.lopez@deca.mil; John Bandy, 210-671-5283, john.bandy@deca.mil; or Terry Ward, 210-671-5877, terry.ward@deca.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA-CIBA/HDEC03-17-R-0002/listing.html)
- Place of Performance
- Address: DeCA Locations Worldwide, Ft Lee, Virginia 23801, United States, United States
- Zip Code: 23801
- Zip Code: 23801
- Record
- SN04530518-W 20170604/170602234227-012eede8a9b76c08378147332328a0dc (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |